Brand Name Lubell LL 1424 HP, Underwater Acoustic Transducers for the Brandon Road Interbasin Project
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Rock Island District, is soliciting proposals for the procurement of Brand Name Lubell LL 1424HP Underwater Acoustic Transducers and associated components. This Total Small Business Set-Aside opportunity supports the Brandon Road Interbasin Project (BRIP) by providing critical equipment for underwater acoustic fish deterrent systems. The contract is a Firm-Fixed-Price Purchase Order. Offers are due May 15, 2026, at 10:00 AM CST.
Scope of Work
This solicitation requires the delivery of 230 Lubell LL 1424HP Underwater Acoustic Transducers mounted within stainless steel cages, along with 230 Bridging Transformers (Part no. AC1424HP) and 230 Separate Wet-Mateable-Ends. These transducers are essential for continuous operation in harsh navigation lock approach channels, requiring omnidirectional acoustic performance (>180 dB across 200 Hz to 8000 Hz) to deter invasive species, and robust environmental survivability against turbulence, debris, and corrosion. The requirement is for a brand-name-only product due to unique capabilities and proven performance, with no "equal" products allowed.
The scope also includes comprehensive dry and wet testing of all transducers at the contractor's facility, with specific impedance and acoustic performance tolerances (within 5%). Government-furnished equipment will be provided for testing. Delivery of all equipment is required within 24 months of contract award to USACE facilities in Lockport, IL, with partial deliveries accepted.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Period of Performance: Fulfillment within 24 months of award
- Funding: FY2023 Construction General funds
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 334310 (Size Standard: 750 employees)
- Place of Performance: Lockport, IL
Submission & Evaluation
- Offer Due Date: May 15, 2026, 10:00 AM CST
- Submission Method: Email quotes to Samantha Johanson (samantha.k.johanson@usace.army.mil) and Jeffrey Voss (jeffrey.r.voss@usace.army.mil).
- Required Documentation: Cover sheet, signed SF 1449 with pricing, SAM.gov Representations and Certifications, and a detailed plan for resellers.
- Evaluation Criteria: Award will be made to the quoter providing the product according to the Statement of Work within a reasonable price, deemed in the best interest of the Government. Evaluation will be based on PRICE.
Additional Notes
Questions regarding this solicitation must be submitted via ProjNet using Bidder Inquiry Key 3J2X4G-ZWGBUP no later than May 7, 2026, 2:00 PM CST.